Deliver and tailgate spread Aggregate Rip Rap - Cl
ID: 140FS324Q0139Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Solicitation from the US Fish and Wildlife Service, Department of the Interior, is seeking a total small business set-aside for the delivery and tailgate spread of Aggregate Rip Rap at Clarks River National Wildlife Refuge in Kentucky. The service/item being procured is crushed and broken limestone mining and quarrying, specifically Aggregate Rip Rap. This material is typically used for erosion control, shoreline protection, and stabilization of slopes and riverbanks.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Similar Opportunities
    CRD Rock Crushing
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide rock crushing services for the Craig Ranger District (CRD) within the Tongass National Forest in Alaska. The contractor will be responsible for all labor, supervision, management, tools, materials, and equipment necessary to produce 5,500 cubic yards of crushed aggregate at a government-owned quarry, with the contract period extending from the award date until November 30, 2024. This procurement is critical for fulfilling the government's need for aggregate material, ensuring compliance with industry standards and environmental regulations. Interested contractors must submit their proposals by September 16, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of crushed and broken limestone mining and quarrying materials. The BPA holder must be able to provide various products including light stone fill, medium stone fill, type 2 and type 4 sub base, washed 2, dry rip wrap, railroad ballast, and screened top soil. Quantities will be determined on individual BPA calls, ranging from 500 to 10,000 tons. Material will be delivered to Fort Drum, NY. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 10 days of the posting date.
    CARIBOU-TARGHEE NATIONAL FOREST - Stoddard Creek Campground Gravel
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the delivery of 1,000 yards of ¾ Road Base gravel to the Stoddard Creek Campground located in the Caribou-Targhee National Forest, Dubois Ranger District, Idaho. The project requires that bidders provide proof of specifications for the gravel to ensure compliance with project requirements, and it explicitly states that belly dump or side dump trailers cannot be used for the delivery. This procurement is part of broader federal initiatives aimed at enhancing recreational spaces and improving visitor amenities within public lands, thereby promoting outdoor activities and tourism. Interested contractors should contact Robyn Akins at Robyn.Akins@usda.gov or Curtis Neppl at curtis.neppl@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    W912QR24Q0137 - Cave Run Lake Asphalt Dam Service Access Road
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the re-surfacing of the asphalt dam service access road at Cave Run Lake in Morehead, Kentucky. The project involves leveling and wedging the existing pavement and applying a 2-inch overlay of new surface asphalt, adhering to the Kentucky Department of Highways Standard Specification for Road and Bridge Construction. This construction opportunity, estimated to cost between $25,000 and $100,000, is set aside exclusively for small businesses under NAICS Code 237310, which has a size standard of $45 million. Interested contractors must submit their quotes by September 23, 2024, at 10:00 AM Eastern Time and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or Richard Van De Linde at richard.vandelinde@usace.army.mil.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at designated river miles. The project involves dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is not available. This initiative is crucial for maintaining navigable waterways and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with an estimated value between $5 million and $10 million, and interested contractors should contact Nathaniel Leyba or Laura Hedrick for further details.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.